Loading...
94-269 r► Resolution No. 94-269 RESOLUTION APPROVING -CHANGE- ORDER NO. 3 IN THE CONTRACT WITH ABBOTT CONTRACTORS, INC. FOR THE NORTH RANDALL ROAD INTERCEPTOR SEWER WHEREAS, the City of Elgin has heretofore entered into a contract with Abbott Contractors, Inc . for the North Randall Road interceptor sewer project; and WHEREAS, it is necessary and desirable to modify the terms of the contract as is described in Change Order No. 3, attached hereto. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Richard B. Helwig, City Manager, be and is hereby authorized and directed to execute Change Order No. 3, a copy of which is attached hereto and made a part hereof by reference. s/ George VanDeVoorde George VanDeVoorde, Mayor Presented: September 28, 1994 Adopted: September 28, 1994 Omnibus Vote: Yeas 6 Nays 0 Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk • �n Agenda Item No. 1 �qf 11 It% September 1 TO: Mayor and Members of the City Council FROM: Richard B. Helwig, City Manager SUBJECT: North Randall Road Interceptor Sewer: Change Order No. 3 PURPOSE To provide the Mayor and City Council with information to consider Change Order No. 3 to the contract with Abbott Contractors for the North Randall Road Interceptor Sewer. BACKGROUND The City entered into a contract with Abbott Contractors for the construction of the subject project on March 25, 1992 . The project has installed about 2 .2 miles of 36 and 30 inch diameter sanitary sewers . The contractor completed the installation of all sewers, with the exception of the Tollway crossing portion, by March, 1993. The project was than placed on hold pending the settlement with the contractor concerning the method of accomplishing the tollway crossing. An agreement was reached with the contractor in mid June 1994 concerning the crossing and he was then directed to proceed with the work. The crossing has been successfully completed, and the contractor is now completing the final sewer pipe connections . Change Order No. 3 represents that portion of the additional work required to accomplish the crossing where costs could be fixed. An additional change order will be submitted at a future time which represents work activities that an actual cost could not be fixed, and which the contractor was directed to proceed under time and material . Change order No. 3 is in the amount of $214,468.41 as detailed in the attachment. We further expect that the future final change order, dealing with time and material additional activities related to the tollway crossing, will amount to about $125,000 . Mayor and Members of the City Council September 8, 1994 Page 2 COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None. FINANCIAL IMPACT Change Order No. 3 increases the contract amount by $214 ,468 . 41, from the current contract amount of $2,263, 540 . 95 to a new contract amount of $2 ,478, 009 . 36 . Monies are available in account 392-00-00-795 . 92-32 project number 339526 . 3/92 $2,236 , 822 . 50 12/93 #1 30, 178 . 32 4/94 #2 ( 3,259 . 87 ) CR 9/94 #3 214,468 .41 $2,478, 009 . 36 LEGAL IMPACT None. RECOMMENDATION It is recommended that City Council approve Change Order No. 3 and authorize the City Manager to execute the Change Order in the amount of $214 ,468 . 41 . Respectfully bmi ed 0111 James L. Kristiansen Public Works Director 11 . 1_ Richard B. Helwig City Manager JLK/do Attachment r ELGIN, ILLINOIS NORTH RANDALL INTERCEPTOR CHANGE ORDER NO. 3 PAGE 1 of 6 SCOPE: This Change Order No. 3 covers changes in the scope of the work of the North Randall Interceptor that were not reasonably foreseeable at the time the contract was signed and are in the best interest of the City. This contract for construction is with Abbott Contractors, Inc., Northbrook, Illinois. REASONS FOR CHANGE AND CALCULATION OF VALUE Item 1 Due to soil and water problems at the location of the Tollway crossing on PK Products property, Abbott could not complete the work as intended by the original contract documents. As a result, Abbott and their subcontractor, Bulls-Eye Boring, secured the site and demobilized their equipment and crews. Since the scope of work has now changed, Abbott must be compensated for the installation of the jacking and receiving pits on a time and material basis. Following is a calculation of those costs: Material Steel Boxes ($1,900/mo X 2 ea X 8 Mo.) $30,400.00 200 LF Wailers 2,120.00 3.4 MFBM Sheeting 527.00 12 CY concrete 492.00 Subtotal Materials $33,539.00 Labor (See Attachment) 5,836.28 Equipment(See Attachment) 5,555.98 Subtotal $44,931.26 Overhead&Profit(15%) 6,739.69 Bond(1.08%) 558.05 Total $52,229.00 ELGIN, ILLINOIS NORTH RANDALL INTERCEPTOR CHANGE ORDER NO. 3 PAGE 2 of 6 Item 2 Due to soil and water problems at the location of the Tollway crossing on PK Products property, Abbott could not complete the work as intended by the original contract documents. As a result, Abbott and their subcontractor, Bulls-Eye Boring, secured the site and demobilized their equipment and crews. Since the scope of work and method of construction has now changed, Abbott's subcontractor must be compensated for the work performed on a time and material basis. Following is a calculation of those costs: Invoice #671 (See Attachment) $11,070.00 Invoice#914A (See Attachment) 6,844.00 Replacement Steering Knuckle 633.00 Subtotal Subcontractor Work $18,547.00 Overhead& Profit(5%) 927.35 Total $19,474.35 ELGIN, ILLINOIS NORTH RANDALL INTERCEPTOR CHANGE ORDER NO. 3 PAGE 3 of 6 Item 3 Due to the delay in performance of the Tollway crossing work, the cost of labor and materials has increased. As a result, the unit prices for some of the unit price items in the agreement have increased. Relocation of the crossing to PK Products property also resulted in depth class adjustments. Following is a list of deleted unit price items and the new unit price items that replace them: Description Quantity Unit Price Total 2 30" Dia. San. Sewer, 12-15' (215) $80.00 ($17,200.00) Depth, Backfill Meth. 1 7 30" Dia. San. Sewer, 12-15' (23) $80.00 ($1,840.00) Depth, Backfill Meth. 2 8 30" Dia. San. Sewer, 15-18' (280) $90.00 ($25,200.00) Depth, Backfill Meth. 2 9 30" Dia. San. Sewer, 18-21' (222) $105.00 ($23,310.00) Depth, Backfill Meth. 2 10 30" Dia. San. Sewer, 21-24' (190) $105.00 ($19,950.00) Depth, Backfill Meth. 2 14 30" Dia. San. Sewer, 15-18' (60) $160.00 ($9,600.00) Depth, Backfill Meth. 4 26 5' Dia. Manhole, 15-18' Depth (1) $2,600.00 ($2,600.00) 27 5' Dia. Manhole, 18-21' Depth (1) $2,800.00 ($2,800.00) 36 Curb & Gutter (100) $20.00 ($2,000.00) 41 30" Dia. San. Sewer, 12-15' 215 $88.00 $18,920.00 Depth, Backfill Meth. 1 42 30" Dia. San. Sewer, 9-12' 20 $88.00 $1,760.00 Depth, Backfill Meth. 2 43 30" Dia. San. Sewer, 15-18' 40 $99.00 $3,960.00 Depth, Backfill Meth. 2 44 30" Dia. San. Sewer, 18-21' 250 $115.00 $28,750.00 Depth, Backfill Meth. 2 45 30" Dia. San. Sewer, 15-18' 290 $176.00 $51,040.00 Depth, Backfill Meth. 4 46 30" Dia. San. Sewer, 18-21' 45 $253.00 $11,385.00 Depth, Backfill Meth. 4 47 5' Dia. Manhole, 15-18' Depth 1 $2,860.00 $2,860.00 48 6' Dia. Manhole, 9-12' Depth 1 $4,070.00 $4,070.00 49 6' Dia. Manhole, 21-24' Depth 1 $5,500.00 $5,500.00 50 Seeding 0.36 $5,500.00 $1,980.00 51 Surface Replacement 40 $18.15 $7,260.00 52 Curb & Gutter 40 $22.00 $880.00 53 Temporary Surfacing 400 $5.50 $2.200.00 Total All Items $30,480.00 ELGIN, ILLINOIS NORTH RANDALL INTERCEPTOR CHANGE ORDER NO. 3 PAGE 4 of 6 Item 4 Due to soil and water problems at the location of the Tollway crossing on PK Products property, the method of construction of the crossing had to be modified. The original contract included construction of the crossing by the bore and jack method using a 42" diameter steel casing. Because of the soil and water problems, the construction will be performed using a closed-face tunnel machine using a 54" diameter steel casing. As a result, the following contract unit price items are modified. 23 30" Dia. San. Sewer Crossing, (250) $430.00 ($107,500.00) (Bored&Jacked), Including 42" Dia. Casing 54 30" Dia. San. Sewer Crossing, 240 $1,008.00 $241,920.00 (Tunneled), Including 54" Dia. Casing 55 Rock Removal 16 $505.16 $8,082.56 56 Carrier Pipe Furnish and Install 240 $153.55 $36.852.00 Total All items $179,354.56 Item 5 Surface replacement for a part of the project was changed to temporary type paving to allow road reconstruction under a separate contract. As a result, the following contract item is changed: 35 Surface Replacement (6,235) $16.50 ($102,877.50) 39 Temporary Surfacing 6,096 $5.00 $30.480.00 Total All Items ($72,397.50) Item 6 The casing pipe purchased for the project is 42" diameter steel pipe. Due to the soil and water conditions encountered at the site, the method of construction and the and size of casing changed. It was more beneficial to the City to purchase the 42" casing and resell it than to pay a restocking charge to the manufacturer. Note that 20 feet of casing was used and not suitable for reuse. Following is a calculation of the cost of this item: Purchase 240 ft casing X$70.20/ft $16,848.00 Sale of 240 ft casing X $48/ft 11.520.00 Total This Item $5,328.00 ELGIN, ILLINOIS NORTH RANDALL INTERCEPTOR CHANGE ORDER NO. 3 PAGE 5 of 6 SUMMARY OF CHANGES IN CONTRACT AMOUNT The amount of the contract will be revised as follows: Item No. Additions Deletions 1 $52,229.00 2 $19,474.35 3 $30,480.00 4 $179,354.56 5 ($72,397.50) 6 $5,328.00 Total $286,865.91 ($72,397.50) Total Change in Contract Amount $214,468.41 The total contract amount with Abbott Contractors, including previous change orders, was $2,263,540.95 (two million, two hundred sixty-three thousand, five hundred forty and 95/100 dollars). With this change order amounting to a addition of$214,468.41, the total contract amount will be $2,478,009.36 (two million, four hundred seventy-eight thousand, nine and 36/100 dollars). ELGIN, ILLINOIS NORTH RANDALL INTERCEPTOR CHANGE ORDER NO. 3 PAGE 6 of 6 OTHER CONTRACT PROVISIONS: All other contract provisions will remain the same. Agreed to this ,70 ,, day of iz. , 1994. Recommended: Accepted: CLARK DIETZ, INC. ABBOTT CONTRACTORS, C. Engineers and Architects Party of the S-cond Par I ,4 actor) By: lete/441/ (1,4,Sf•��' pe. By: I !`"4.4,4,------ Title: `"4.k,------ Title: '/f C€ P,- p iol,P� 7` Title: 14a tr, . Date: 8/el y Y Date: ( 10 "i Approved: ELG N ENGINEERING DEP•.' MENT CITY OF ELGIN Party of the First Part(Owner) By: . # 4v!����/.. itle: Title: Date: //Y/Q// Date: 9 1.1 cep\c:\wp\elgin\abco3.wp ABBOTT CONTRACTORS. INC. • 3349 SOUTH)(EOM AVE 1690 TECHNY CCUAT CHICAGO.IL 80623 • NOATH8ACOK.IL ECC82 312/254-1535 312/272.8220 December 27, 1993 City of Elgin Engineering Department 150 Dexter Court Elgin IL 60120 Attn: Ralph Riddley North Randall Interceptor Sewer Invoice Number: 4570303 Construct jacking shaft at Tollway from February 26, 1993 through March 3, 1993. Date Date Date Date Total Insurance Payroll Labor 02/26 03/01 03/02 03/03 Hours Rate Amount Amount Foreman, Laborer 5.00 8.00 8.00 6.00 27.00 st 32.50 877.50 877.50 Laborer, Miner 5.00 8.00 8.00 6.00 27.00 st 19.60 529.20 529.20 Laborer, Miner - of 0.50 0.50 1.00 of 29.40 19.60 29.40 Laborer, Miner 10.00 8.00 8.00 6.00 32.00 st 19.10 611.20 611.20 Laborer, Miner - ot 0.50 0.50 1.00 of 28.65 19.10 28.65 Operator, Class II 5.00 8.00 8.00 6.00 27.00 st 21.85 589.95 589.95 Operator, Class II - ot 0.50 1.00 1.50 ot 32.15 32.78 48.23 Operator, Apprentice 5.00 8.00 13.00 st 13.85 180.05 180.05 Plumber 5.00 6.00 6.00 17.00 st 24.55 417.35 417.35 146.50 3276.73 3311.53 Laborers Pension & Welfare Funds 88.00 hrs a 3.65 321.20 Operators Pension & Welfare Funds 41.50 hrs a 5.50 228.25 Plumbers Pension & Welfare Funds 17.00 hrs a 5.57 94.69 Union Benefits 644.14 Workmans Comp Insurance 22.00% of 3276.73 720.88 Public Liability & Property Damage Insurance Excluding Drivers 19.88% of 3276.73 651.41 Federal Unemployment Tax 0.80% of 3311.53 26.49 State Unemployment Tax 6.90% of 3311.53 228.50 Federal Social Security Tax 7.65% of 3311.53 253.33 Taxes/Insurance 1880.61 Total, Labor $5,836.28 Item 1 • y I hereby certify that the above statement is a copy of the payroll which applies to the above stated work and that rates shown for taxes andirsst{ranc � actin. Abbott Contractors, Inc Date Date Date Date Total Equipment 02/26 03/01 03/02 03/03 Hours Rate ; Amount Pick-up truck 5.00 8.00 8.00 6.00 27.00 7.80 : 210.60 Kobelco 935 backhoe 5.00 8.50 8.50 6.00 28.00 137.64 � 3853.92 Cat 963 endloader 5.00 8.50 8.50 6.00 28.00 50.20 1405.60 3" pulp 5.00 8.00 8.00 6.00 27.00 3.18 . 85.86 Total, Equipment S5,555.98 • Total Labor $5,836.28 Total Equipment $5,555.98 511,392.26 plus 15% $1,708.84 Total Amount Due $13,101.10 • Approved Approved Resident Engineer District Engineer • Item 1 JUF4 — — '34 FF, I 3 _ _ 7 FULLS — E 'r' E IDOR I FaG , I HC _ F _ e ,= r7 s - 7 (- � (///// -; 2012 Horizon Court : ( ) 263-7100 Zion. I[lmois 60099 BORING FAX (708) 263-7199 March 11 , 1993 INVOICE NO. 671 Abbott Contractors , In'c . . 1890 Techny Road • Northbrook, IL 60062 OUR JOB NO . 286 LOCATION : 1-90 & Fox Lane North Randall .Interceptor Elgin, IL SERVICE , 30" U. I . P . Sanitary Sewer COMPLETED' N/A BILL FOR SERVICES RENDERED: 3/04/93 LOADED 60" BORE MACHINE , RAILS , AND AUGER . 3-MAN CREW - 8. 0 HRS . Q $320. 00/HR. $ 2 , 560. 00 3/05/93 SET UP; MOVED LINE 6 . 5 ' WEST TO FIT IN RAILS ; PUMPED WATER . 4-MAN CREW - 8 . 5 HRS . Q $350 . 00/HR. $ 2 , 975 .00 3/08/93 BORED 6 ' IN WET SAND AND HIT ROCK COVERING 3/4 OF STEEL CASING FACE, CITY REPRESENTATIVE ADVISED FOREMAN TO SHUT DOWN JOB . 4-MAN CREW - 8. 5 HRS . @ $350. 00/HR. $ 2, 975. 00 3/ 11/93 LOADED OUT SEMI , CRANE , WELDER. ( PLEASE NOTE : BULL'S-EYE LEFT 60" AMERICAN BORE MACHINE AND RAILS TO STABILIZE BANK ) 3-MAN CREW - 8 . 0 HRS . @ $320.00/HR. . $ 2 , 560. 00 TOTAL AMOUNT DUE: $11 ,070.00 PAYHENT DUE WITHIN THIRTY ( 30) DAYS OF INVOICE 21 DISCOUNT IF PAID WITHIN TEN ( 10) DAYS Item 2 .JUN - -4 FP I '3 = - c F: 1_ILLS - E '-r' E BR I NG , I Nt; _ P _ O . . •�c..y�•at. 8(//j ) :77 ' r^ 2012 Horizon ( .Hurl • ._) J (708) 263 INC. 7100 Zion, Illinois 6009y `'t , ��'` FAX (708) 263-7199 June 3, 1994 INVOICE NO. 914A Abbott Contractors , Inc . ' a/k/a Benchmark Construction c/o Hr. Bill McManamon 3741 S . Pulaski Road Chicago, IL 60623 OUR JOB NO . 286 LOCATION ' 1-90 & Fox Lane North Randall Interceptor Elgin, IL SERVICE' 30" D. I . P . Sanitary Sewer BILL FOR SERVICES RENDERED' EQUIPMENT RENTAL: 20 ' X 42" AUGER MANUFACTURED BY AMERICAN AUGERS INSIDE STEEL CASING AT JOB SITE IN ELGIN, IL, MONTHLY RENTAL (SEE ATTACHED ) 3/11/93 - 6/03/94 - 14 , 5 MONTHS @ $472 . 00/MONTH $6 , 844 , 00 TOTAL AMOUNT DUES $6, 844.00 PAYMENT DUE WITHIN THIRTY ( 30 ) DAYS OF INVOICE 2% DISCOUNT IF PAIR WITHIN TEN ( 10) DAYS OF INVOICE Item 2 .5 U hi — , — 9 -4- F F: I `9 . X; U L L '3 — E `,' E BOR I 1,4 G , I h4 t1►lYIILJ.% I .tivsi AUGERS INC Corparnto Handquertorta: 3310 Columbus Rd., P.O. Box 400 • Wooaler, OH 448Pfd_i ' Phone 219.284.6888 •To11 Free 800.324.4930 • Pax 216.284.6514 AMsfIGAN lAhnl�BpRICAN � AUGATIB 'F 1D�11hyloIJpI. TUFA U GQUl1f NT iloticonl•I Elrih Carinp Dit•atlansl DMA°Dyeivm• TOW,Shleldl,8o;ii/leads, 1.4141116u Acomofl • ?Igo JttcAlnp ZYII/(h1 November 19, 1993 • Ms, Nancy Cramer BULL'S EYE BORING, INC, f • 2012 Horizon Court . • ' Zion, IL i0099 Fax: 708/263-7199 • Re; Our Quote #3359 Dear Ms. Cramer: •• Per your requedst we are pleased to quote the following; 2 - 42" x 10' on 4" hex, auger sections *MONTHLY RUNTAL $472,00 NOTE; Monthly rental i8 fur a four week period. . . • RENTAL DEPOSIT - 25% of total month rental payable with first month's rental fee • • NOTE; This deposit is refundable • upon return of equipment less any equipment damage or lease overages •' 4' r\ ,4' This quotation firm until: 10 Days • rf • • Shipment within: Subject to final discussion ;r5�;,►�,r i ` ' p,10.13. point; Woostcr, Ohio (i.•,�+,, zfr� ' " Terms: Prior to shipment izr: This proposal is made In accordance with American Augers, Inc,'s standard terms and conditions, and assumes your familiarity with those terns which are detailed on the enclosure. Acceptance of this proposal confirms your fainiitarity with and acceptance of die standard terms Item 2 ' . ,L,i I:*('''C'y:,...,...il.......I::.•,,:.•r:. li:',444"'. •-1.:"-q•:1r:. :•.1).i. Coleman.Tool . ...4.00. • 0.. .':'-i. r — INMO[IC-E L'-,T‹_---, -1, 4; & Manufacturing Corp. . .,.1.i•• L. . mat 1 t.:.'..;:.10248 Bristol Road - .- a:rkiljf - ;1i. • 8rIstoi, WIsOonsin 53104 '. • • I.. , .?.-...-.: • . • -,'•••,f-• '.-.•'.--..;.•-,.• --:- . '. Phone (414) 857-2323 INVOICE NUMBER:042658 . .. I 10/06/92 • INVOICE DATE: • . • • -, -- - • • : . • - .' . . -, .. , • - PAGE: 1 • . . . ' SOLD BULLEYES . - . \ SHIP BULLEYES ., TO: ....,3418 KEITH ,AVE . TO: 3418 KEITH AVE .' • 1,1•,:t';',-.•;.-:.•;•,::.:,.;-,-,l..':.::::;•"i,-,.::::.J,-...•....,... .... , '"'•:•• 1,-1''• ••"..'- •:::;f,,.,-; •b-:-.,. :i -- . .. - .- . . . • . . ..• . .. .- .,. ..1,',.t,-;;! AUKtGAN 4' It-1.,-.; .., ..- .: • . .. . • . • ... ...i•.' % .... • WAUKEGAN IL 60085 . ' • . ,....y...:•;r1....?„ ,:t.ir..1.:71.141.1-41it4:t.,,Ii.t,.siii4•11.-(7.,:;.,,t,..i.:..,,:,)6 0.0.:8, 5, : • ,, , ..•,;.,:,..•,,,:. •:.•,,,•,-.. ..;,.. : .. . • . ..?•• : . : !..",-::.,..r,,,, •:e.,,,:,:r,•;..,,,,.),..i••;,-,1”,..t.i.-;i s;-,:, • .. • : ,. - , .. - . _ . i •\ • • . • ,CUST.ID. 0 - GULLEY'. . • — . . -SHIP VIA ....4.'1 i : ' • • P.O.NUMBER VERBAL • : ••,!' • "='!“::':••-••10/06/92 • - , • . 10/06/92 . . ,,,:jel-IIP bATE,i;g.i.4 :r. , ;•.• . , • • : . . • • , : .., ; -. .::.-. . P.O.DATE i . . . . ;:''•,.( ', ..,1-6,1/4.• ••'pv.1,,:,kg-,a 1 1/05/92.-: ::•.:.. ' • .. :- : : :,.-;: ' ... .:. . , . ' . ' :---• I.• :-. ;,... .:. ..: •.'•!.bU 5, IE ,,tfp...1.4ki of.e5,...6... h),-.v. :...! •:, ,:, -i..z.,.i. „.,...:.„...i. i.;. •,,....t OUR ORDER N9.: i A f,1 i : " .. .;,. :,. :::, . :.::,.. :) S...i'L".4'.'&C;:,t:. '!!:..:i i:;i'.1::;ii,e:!.r.;...-.11:1,. ...;7. sALtsi.EnsoN'i ,.•:;-::: ::: '...---si:i 4.:•'''•-.:1;..-.4...5i:-.' .-...:.-,.:;.:::':.,:r:;,!-:••.' ii ,+ thir :. r 6.4„44},&• .1(i),t.1 l'.1..efl tt 4,,,-,...,,,'. .; .,.- ;.1,••••;•-:'oi.i'.•-f ••„ ; .,_• • ••-•a••• .. ...:-. .---‘..,,,, •,. •, — •.: ... ..., ': :.•;:..:.,:..: •...:...:-•!.--;7...4.'1'7" '• ... .'' , ._. 1...• 4-d•,::#.cf!• .,:. =,ivi,..,uilv',;',V.7:-;-,,,..."—lc—,•.,—•.-•'•!,':,tIlIti.1:.1'.,-1,il. I,-f,',,' •'—.,..:f•',.' 'i 17, . ;'I, : • •— • . ,.•- •, ,•' -44.1.-,:,•.` •*,- .*- , 11,...11,' A,1+4,6 1.41,1 11..k.ti.4i1T3T11,1C.. .411- 1,14lIkr.444:1.i..::...;,..;,.,.t,t...,.1,,„,,,..„,„,.iii,,,,„..,,,„4,..j.;,,,g,.:.ci,,,,E,. ,;,,..,.,1:!....„,,,,,k.,,.: ,••1. .., ,..„.. • • .......,_.„ ,::,,„. . . .../ * . • . . . • ,• !*:."itill.' Itt.113tSte . . . tititimEtt ::, - - . -..:btilPtikti'-'. --: ..OW: .. .-..: *.- Pnitit.. : . -.: " . -. - Ntt - . ,'-' At- IG KNUCKLE . • 1 .00 1 .00 EACH 600 .0000 600.00 T - ,- . .• • • -.-,...:-;'....'! ..,., " • ' '• :... ',-: . .. . 1.-7••• .• • . .J • ••-•.......::1.1.'1';.titi!-:••.„i . .;•• • .. • . . ':...•1 . . ., - 1•441•• - .* . ..:. ' • . . i • ' ..' „ 1 • • •......Jr. ) -.." . , .., . . . .• . • . • ',:-....:..:).,.•! ,• •• , . . • • . . . • . . • .•• • . : •••••:. : '. : . .; ,•.,..c,..,,.. ,., .. • • .' • . . - -• . ., .. .I -• . .. , . . .•.,ii.i...!' d f. - .,s1 • .• ..:: :41;7.:. .; ' * . ...- ..:.(•: :.."1. %%::.* •f. ,• • •) -:)•••.:•1. :''': ':• '..:-:•.!-.41:_tr,:.3 . :',, • .... •,..,...-:,•:o • . -• ,•••:•.• , ',:i.:':, ' •z ;'.:;.;•*;.:,;./"..1 -•:.; , .•,, • . ...!:''..i..c b i. I • `-: • .. . , . . • :• 1 '..••• :'.1 ' .' -.,'.; • •: . .• . • . . . . .7.;;;!•••• ; • 4 . . : .. , '; . • • • . . . . '':',:,,. . : - . ,..: . .. . :• .. ' '1 t'..r...',.;;; •I . ;: . . :•:.; '...:,, . ,.I . ';. !.....• • :•••::::•.r. .., !...: ...:: ; , •. •;,'. : . .•i.lirlii,`. •.: •••• •:•1)•• .3.! • , .1 :',....:-3,--:::•:i • . . . . ••.; , . .. • .1 ' :7:.V.r,! 1 • 3 - - • .- ... • • • • ... •,..: . ::....:,t... ,..-. ..... . .2 . . • . . .. .. , ... .. . . . ...,, . . • . . ,• ... ..... . 1 •.. • . . .: .: 4/1- /i/fr . . • :. . • . . • . . • • •. , • . -.. .. .• . . , . • . .• i_.1,_-_)R..4_,DA--) • • . • • • • ,. ..,. 3-7,g, 0•••••.-.• . .. •••• • • • • .2 , .. . •....... • • .. .. . .•• .. . • .. . .. • .., .. . , ,. .. ... .: ...„ . i....t; • . . !. . . . ,. I • ....I . • . . • '.:t-'; '.'' ''':... .. '4 ;- ..‘.: ••••:.1' . .....:: k.;.1 ' :: • • ••• . .i.•• 'Ai . • ; ,.. " . . • 'Ill ....t...,.. ... • , 1..:,... *t ;• •.• . . . ! . .,• , r ....': '''' •'. .1 . , 1 , .. .. . • ... • •.:. • . ' SUBTOTAL : 600.00 . , .• 33 .00 TAX • ' • . •:, : 0 .00 • • • • . . , PAYMENTS : .t , • 633 .00 . - .• !TOTAL . . • • ' Item 2